Operation and Maintenance (O&M) of Defense Information Systems Network (DISN) Power Plants and Station Battery Systems
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for the Operation and Maintenance (O&M) of Defense Information Systems Network (DISN) Power Plants and Station Battery Systems across various locations in Japan. This is an unrestricted Firm Fixed-Price contract with a basic period and four option years. Proposals are due by February 26, 2026, at 08:00 AM JST.
Scope of Work
The contractor will provide all personnel, equipment, tools, vehicles, materials, and supervision for the operation, maintenance, and repair of electric generating plants, uninterruptible power supply (UPS) systems, station battery systems, applicable HVAC units, and associated equipment. Services are required at Owada Communications Station, U.S. Fleet Activities Sasebo, Tokorozawa Transmitter Site, Camp Zama, and Yokota AB (Bldg 714 and MAN Shelters).
Key tasks include:
- Ensuring efficient and economical electric power production.
- Performing market surveys and providing cost estimates for repairs.
- Complying with environmental, occupational, and safety standards.
- Conducting preventive maintenance weekly (Owada, Tokorozawa, Yokota AB 714), bimonthly (MAN Shelters), and monthly (Zama, Sasebo).
- Managing hazardous materials and waste disposal.
- Maintaining a minimum three-day fuel supply for generators (except MAN shelters).
- Developing and maintaining a Preventive Maintenance Inspection (PMI) program.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: Basic Period: April 1, 2026 – March 31, 2027, with four option periods extending through March 31, 2031.
- Set-Aside: Unrestricted
- NAICS Code: 811210 (Operation Of Electronic And Communications Facilities)
- Offers Due: February 26, 2026, 08:00 AM JST
- Questions Due: February 16, 2026, 02:00 PM JST
- Mandatory Pre-Proposal Conference/Site Visit: February 12, 2026, 09:00 AM JST (Site visit includes Yokota, Owada, Tokorozawa).
- Site Visit Attendance Request Form Submission: January 28, 2026, 09:00 hrs
- Gate Pass/Escorting Submission: January 26, 2026, 10:00 hrs
Evaluation Factors
Award will be based on Price, Past Performance, and Geographical Qualification Requirements.
- Price: Offers ranked by Total Evaluated Price (TEP), including all option prices.
- Past Performance: Evaluated based on recent and relevant performance (scope, magnitude, complexity, quality) using submitted reference lists and questionnaires.
- Geographical Qualification: Offerors must provide a CAGE/NCAGE code starting with 'J' indicating a Japanese location.
Submission Requirements
Offerors must submit:
- Completed SF 1449 (Blocks 12, 17a, 17b, 30a, 30b, 30c).
- Proposed unit prices and extended amounts for line items (excluding Item 0007 and "Special Repair/Maintenance Services").
- Remittance address (if applicable).
- Completed fill-ins and certifications from provisions and online Representations and Certifications at www.sam.gov.
- Past Performance information (Reference List and Survey - Attachments 2 and 3).
- Acknowledgement of solicitation amendments.
- Account for a 30-day mobilization and phase-in period if not the incumbent.
- DUNS Number and CAGE/NCAGE code.
- Offers must be submitted in Japanese Yen.
- Electronic submission via email.
Special Notes
- A mandatory pre-proposal conference/site visit is required for all prospective offerors (limited to two participants per offeror). Access to Yokota Air Base requires prior submission of an access request form and valid photo identification.
- Contractor employees must have US or Japanese citizenship; employment of other country nationals is prohibited.
- The Project Manager must possess strong English communication skills.
- Bidders are advised to review the "Policy Letter" document outlining ethical conduct and U.S. Government procurement principles.
- Payment will be processed electronically via Wide Area Workflow (WAWF).
Contact Information
- Primary: Mio Miyabayashi (Contract Specialist) - mio.miyabayashi.jp@us.af.mil, +81-42-552-3011
- Secondary: BENJAMIN WARREN (Contracting Officer) - benjamin.warren.7@us.af.mil, +81-42-552-3011